Opportunity

P22-0001 Scottish Enterprise Place Portfolio - Net Zero Opportunity Assessment

  • Scottish Enterprise

F02: Contract notice

Notice reference: 2021/S 000-016764

Published 16 July 2021, 12:25pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Enterprise

Atrium Court, 50 Waterloo Street

Glasgow

G2 6HQ

Contact

Adam Cunningham

Email

adam.cunningham@scotent.co.uk

Telephone

+44 1414686024

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.scottish-enterprise.com/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

P22-0001 Scottish Enterprise Place Portfolio - Net Zero Opportunity Assessment

Reference number

P22-0001

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this ITT is to appoint a supplier to provide consultancy services to Scottish Enterprise. The contract will provide a detailed assessment of the opportunities that are available to decarbonise the SE owned investment property portfolio together with a cost estimate and timeline for implementation.

It is anticipated that the contract will start c. 1 October 2021 and end 30 June 2022. The value of the contract is expected to be in the region of between GBP175,000 and GBP250,000, excluding VAT.

Further details can be found within the Invitation to Tender (ITT).

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The purpose of this ITT is to appoint a supplier to provide consultancy services to Scottish Enterprise. The contract will provide a detailed assessment of the opportunities that are available to decarbonise the SE owned investment property portfolio together with a cost estimate and timeline for implementation.

It is anticipated that the contract will start c. 1 October 2021 and end 30 June 2022. The value of the contract is expected to be in the region of between GBP175,000 and GBP250,000, excluding VAT.

Further details can be found within the Invitation to Tender (ITT).

two.2.5) Award criteria

Quality criterion - Name: Project Methodology, Approach and Innovation / Weighting: 40%

Quality criterion - Name: Understanding of Project and General SE Requirements / Weighting: 25%

Quality criterion - Name: Project Team and Organisational Structure / Weighting: 15%

Quality criterion - Name: Delivery Programme / Weighting: 15%

Quality criterion - Name: Fair Work First / Weighting: 5%

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

9

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Statement for question 4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of GBP500,000 for the last TWO years.

Statement for 4B.4:- Bidders will be required to state the value(s) for the following financial ratio(s): Liquidity Ratio. This must be greater than or equal to 0.80. The Liquidity Ratio is calculated as Current Assets minus inventory (stock) dividend by current liabilities for each of

the last TWO years and the average of these equals the ratio.

Statement for 4B.5.1:- Bidders will be required to confirm whether they already have or can commit to obtain, prior to the commencement of the contract, the appropriate insurance for this contract. Bidders that do not already have, or cannot commit to obtain insurances may be excluded from further participation in this procurement exercise.

Employer’s (Compulsory) Liability Insurance - GBP5,000,000

Professional Indemnity Insurance - see details within ITT Section 3

Public Liability Insurance - see details within ITT Section 3

three.1.3) Technical and professional ability

List and brief description of selection criteria

Statement for 4C.1.2 – Bidders will be required to provide TWO examples that demonstrate that they have the relevant organisational experience to deliver the services as described in Scope within Section 3 of the Invitation to Tender (ITT). These examples will be evaluated on a PASS/FAIL basis. Pass equals providing TWO examples detailing relevant experience to deliver the services. Fail equals failure to provide TWO examples detailing relevant experience to deliver the services. Bidders can submit examples in a separate document to the Single Procurement Document (SPD) if they wish to allow sufficient room to provide the necessary details - these should however be appropriately referenced.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see the Invitation to Tender (ITT) document.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 August 2021

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 August 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Statement for 2A.17 – Form of Participation (Notably as part of a group, consortium, joint venture or similar). Any contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other.

For administrative purposes, any associated documentation will be sent to the nominated lead organisation.

Statement for 2D.1.2 – If the bidder proposes to subcontract any part(s) of the service, they should arrange for a separate SPD response from each potential subcontractor (only Part II, Sections A and B, and Part III need to be completed for potential subcontractors however).

General note - Dates and other information contained in this notice are communicated as being indicative only and may be subject to change. The contracting authority does not bind itself to accept the lowest or any offer. The contracting authority reserves the right to accept part of one or more offers. The contracting authority will not be liable for any costs incurred by those expressing an interest in or tendering for this contract. Compliance with all relevant legislation is required during the tendering process and the terms of any resulting contract. Bidders may be required to attend for interview. Any contract awarded will be subject to the law of Scotland. The contracting authority reserves the right to source the services through existing framework agreements. The contracting authority reserves the right to assign all or part of any contracts resulting from the process.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=657807.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:657807)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

six.4.2) Body responsible for mediation procedures

Scottish Government Single Point of Enquiry

Procurement and Commercial Division, 5 Atlantic Quay, Broomielaw

Glasgow

G2 8LU

Email

SPOEprocurement@gov.scot

Country

United Kingdom

Internet address

https://www.gov.scot/publications/single-point-of-enquiry/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In the first instance, suppliers with any concerns are asked to contact the Head of Procurement and Facilities Management - Philip Martin - enquiries@scotent.co.uk

six.4.4) Service from which information about the review procedure may be obtained

Scottish Government Single Point of Enquiry

Procurement and Commercial Division, 5 Atlantic Quay, Broomielaw

Glasgow

G2 8LU

Email

SPOEprocurement@gov.scot

Country

United Kingdom

Internet address

https://www.gov.scot/publications/single-point-of-enquiry/